{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-8aa38af8-ce03-4488-b9ca-c557d8e67b57-2022-05-19T13:36:49+01:00",
    "date": "2022-05-19T13:36:49+01:00",
    "ocid": "ocds-b5fd17-8aa38af8-ce03-4488-b9ca-c557d8e67b57",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "PP32b Interim Call Systems Renewals",
        "title": "Call Systems and Door Entry Systems Renewals",
        "description": "Anchor are looking to appoint up to two contractors for carrying out any ad-hoc renewal works for call systems and door entry systems on a regional/national basis. The duties will cover for all the following work types where a system is beyond economical repair or is to be replaced due to obsoletion.: * Door Entry Renewal/Installation (Entel) * Warden call System Renewal/Replacement (Advent XT2) * Combined Door Entry/Warden call Renewal/Replacement * Dispersed Alarm Renewal/Replacement (Reach) * Nurse call System Renewal/Replacement/Upgrade (Aidcall) Bidders must be able to supply and install the equipment set out to the requirement set out in the specification documents which is identified in the scope list above (shown in brackets). For the purpose of clarity, as a minimum, the bidder must be able to provide for the installation of the Advent XT2, Aidcall, Entel & Reach systems (a Legrand manufacture products). No other substitute systems would be accepted for the initial Term of this contract. The estimated spend over the initial contract term of 2 years a maximum of PS1.0m, however this does not carry any guarantee of turnover and any estimated volume of business is indicative. This value will vary upwards or downwards depending on Anchor's actual future requirements due the business interim plans to only carry out renewal works to the systems following recommendations of the asset compliance servicing/maintenance regimes, or if given, in any total system failure. The actual year spend will be affected by each property maintenance outcomes and if there are any system failures. The Contract will be let for a maximum period of 5 years: This is two years for the initial term with an optional extension made after the second anniversary. The aim of the contract is to ensure there is an interim provision in place to react to any current call system and door entry system asset failures as quickly as possible. See further details in the procurement documents Additional information: Access to the procurement documents are via",
        "datePublished": "2022-05-19T13:36:49+01:00",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "45314000",
            "description": "Installation of telecommunications equipment"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "North East",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "North West",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "Yorkshire and the Humber",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "East Midlands",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "West Midlands",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "East of England",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "London",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "South East",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "South West",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "minValue": {
            "amount": 360000,
            "currency": "GBP"
        },
        "value": {
            "amount": 2500000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure (below threshold)",
        "tenderPeriod": {
            "endDate": "2022-06-16T00:00:00+01:00"
        },
        "contractPeriod": {
            "startDate": "2022-09-02T00:00:00+01:00",
            "endDate": "2024-09-01T23:59:59+01:00"
        },
        "suitability": {
            "sme": true,
            "vcse": false
        },
        "mainProcurementCategory": "works",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/7652fb62-08a8-4ae3-863b-925f92f8e459",
                "datePublished": "2022-05-19T13:36:49+01:00",
                "format": "text/html",
                "language": "en"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-CFS-207514",
            "name": "Anchor Hanover",
            "identifier": {
                "legalName": "Anchor Hanover"
            },
            "address": {
                "streetAddress": "Anchor Hub, 2 Godwin St",
                "locality": "Bradford",
                "postalCode": "BD1 2ST",
                "countryName": "England"
            },
            "contactPoint": {
                "email": "david.rafton@anchor.org.uk"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-207514",
        "name": "Anchor Hanover"
    }
}